Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
SOLICITATION NOTICE

20 -- Alfa Laval Separator

Notice Date
3/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-11-T-7397
 
Archive Date
4/5/2011
 
Point of Contact
Roy J. Williams, Phone: 757-443-5960
 
E-Mail Address
roy.williams@navy.mil
(roy.williams@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-11-T-7397, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48, effective 30 DEC 2010. NAICS 333618 code applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS Diehl to Alfa Laval as the manufacturer and only authorized service agent for the following services: The requested period of performance for the below service is 23 April - 29 May 2011. 1.0 ABSTRACT 1.1 Provide labor, tools, materials and tech reps to install new lube oil purifier control panels. 2.0 REFERENCE 2.1 VR10-088 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION 3.1 Location/Quantity 3.1.1 Quantity: Two (2) Panels and associated auxiliaries: Equipment Description (contractor to provide) QTY Ancillary Kit, MOPX-213 Separator 2 EA L.O. Separator Motor Control Panel Kit 2 EA PT-100 Temperature Sensors 2 EA NOTE: All equipment shall be packed for overseas shipment IAW all international shipping requirements SHIP TO: MSFSC BATS WAREHOUSE 9284 BALBOA AVENUE SAN DIEGO, CA 92123 POC: LARRY JACKSON PH: (619) 553-6053 3.2 Item Description/Manufacturer: 3.2.1 Manufacturer: Alfa Laval 4.0 GOVERNMENT FURNISHED EQUIPMENT/SERVICES/MATERIAL: 5.0 NOTES: None 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide qualified labor, tools and all materials to upgrade lube oil purifier panels on the USNS Walter S. Diehl. 7.2 Verify with ships force that all systems have been tagged and locked out 7.3 Remove old purifier control panel components. 7.4 Install two each Alfa-Laval Lube Oil Purifier Control Cabinets and associated equipment. 7.5 Provide a total of 8 hours of training to ships engineering officers and engine department personnel (NTE 8 persons) four sessions @2 hours each, demonstrating the proper operation of new control panels. 7.5.1 Obtain signatures of each crew member trained and date trained. Provide all details in final report of installation to the port engineer timothy.dooley1@navy.mil 7.6 Upon completion, identify salvageable components, box up removed panels and components. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 30 September 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7397/listing.html)
 
Record
SN02403476-W 20110319/110317234722-d6d4839df4ad434928a11a93c241dc49 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.